viewNitPdf 4689280
viewNitPdf 4689280
viewNitPdf 4689280
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00
Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No EPC-12-CAO-C-
SC-2024 Closing Date/Time 25/11/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.
1. NIT HEADER
SCR Construction Organization - Engineering, Procurement & Construction (EPC) Contract For New
BG Line on Diversion Alignment From CH: 699200m To CH: 715150m (15.950 Km) and Gauge
Conversion of Existing MG Line From CH: 715150m To CH: 726700m (11.55 Km) On Existing MG
Name of Work
Alignment for a Total Length of 27.50 Km including Electrical General Services between Pro.
Hiwarkhed Station (Incl.) and Akot Station (Excl.) as a part of Gauge Conversion of Akola - Khandwa
(MG) line In the State of Maharashtra of Nanded Division of South Central Railway"
Bidding type EPC [ Single Stage ]
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 25/11/2024 15:00 Date Time Of Uploading Tender 04/09/2024 19:16
Pre-Bid Conference Required Yes Pre-Bid Conference Date Time 27/09/2024 11:00
2nd Pre-Bid Conference
No 2nd Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 5529566290.22 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 20000000.00 Validity of Offer ( Days) 180
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 11/11/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
Docs. Receipt Confirmation Required
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-REQUEST FOR PROPOSAL 5529566290.22
Below/Par
Lump Sum 5529566290.22 AT Par 5529566290.22
Description :- SCR Construction Organization - Engineering, Procurement & Construction (EPC) Contract For New BG Line
1 on Diversion Alignment From CH: 699200m To CH: 715150m (15.950 Km) and Gauge Conversion of Existing MG Line From
CH: 715150m To CH: 726700m (11.55 Km) On Existing MG Alignment for a Total Length of 27.50 Km including Electrical
General Services between Pro. Hiwarkhed Station (Incl.) and Akot Station (Excl.) as a part of Gauge Conversion of Akola -
Khandwa (MG) line In the State of Maharashtra of Nanded Division of South Central Railway"
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have verified
the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender
3
document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract,
the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in
4
proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same
5
shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible
6
for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of India
7 from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the partnership
firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our offer shall
be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the award of
9 the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee
and may also lead to any other action provided in the contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and
certify that I am/We are not from such a country or, if from such a country, have been registered with the competent Authority. I/We
10
hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of valid registration by
the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please submit
a certificate in the prescribed format (please download the format from the link given below). Non submission of the certificate, or
1 submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of
your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance condition
shall be opened as part of technical bid only.
Commercial-Compliance
ANNEXURE I TO APPENDIX IA-(DETAILS OF BIDDER) The Bidder shall ensure that all the Allowed
1 Yes No (Mandatory)
details are updated as on the due date of submission of this Bid.
APPENDIX IA (LETTER COMPRISING THE TECHNICAL BID) Clause 2.1.4, 2.11 and 3.1.6 of Allowed
2 Yes No
RFP. (Mandatory)
APPENDIX IB (LETTER COMPRISING THE FINANCIAL BID) (Para 2.1.4, 2.11 and 3.1.6 of
RFP)-The Bid shall be furnished in the format exactly as per Appendix-IA & IB i.e.
Allowed
3 Technical Bid as per Appendix IA and Financial Bid as per Appendix IB and it shall be Yes No
(Mandatory)
signed by the Bidder's authorized signatory. The Bidder shall first upload all the project
details as mentioned in Para No. 2.11.1 of RFP document
APPENDIX-II (FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID) Clause No. Allowed
4 Yes No
2.1.5 of RFP. (Mandatory)
ANNEXURE II TO APPENDIX IA(TECHNICAL CAPACITY OF THE BIDDER): Refer CLAUSE Allowed
5 Yes No
2.2.2.1, 2.2.2.4 and 2.2.2.6 of RFP. (Mandatory)
APPENDIX III- Format for power of attorney for lead member of Consortium/Joint Allowed
6 Yes No
venture CLAUSE 2.1.6 of RFP. (Mandatory)
ANNEXURE III TO APPENDIX IA- (FINACIAL CAPACITY OF THE BIDDER) (Refer clause
2.2.2.2, 2.2.2.8(i), 2.2.2.7(iii) of RFP) The Bidder must establish the minimum Net Allowed
7 Yes No
Worth specified in Clause 2.2.2.2 and provide details as per format at Annex-III of (Mandatory)
Appendix-IA.
APPENDIX IV (FORMAT FOR JOINT BIDDING AGREEMENT FOR (CONSORTIUM/ JOINT Allowed
8 Yes No
VENTURE) Clause 2.1.11 of RFP. (Mandatory)
ANNEXURE IV TO APPENDIX IA (DETAILS OF ELIGIBLE PROJECTS) Refer Clause 2.2.2.1, Allowed
9 Yes No
2.2.2.4 and 2.2.2.6 of RFP. (Mandatory)
Allowed
10 ANNEXURE V TO APPENDIX IA- (STATEMENT OF LEGAL CAPACITY). Yes No
(Mandatory)
APPENDIX-VII (BID SECURITY)/EMD (REFER Para 1.2.4 of RFP)The Bidder shall furnish as
part of its Bid, a Bid Security, referred to in Clause 1.2.4 here in above through [e- Allowed
11 Yes No
payment Gateway of Authority OR in form of Bank Guarantee from a Bank as per (Mandatory)
format at Appendix VII].
Please enter the percentage of local content in the material being offered. Please enter
0 for fully imported items, and 100 for fully indigenous items. The definition and Allowed
12 No Yes
calculation of local content shall be in accordance with the Make in India policy as (Optional)
incorporated in the tender conditions.
General Instructions
Undertakings
Custom
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by Department of
Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no. 2015/RS(G)/779/5 dated
03/08/2017 and 27/12/2017 and amendments/ revisions thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of GFR
regarding procurement through GeM.
Designation : Dy.CE/C/Plg